Loading...
HomeMy WebLinkAbout4.11 Award Janitorial Services Contract s (000 -36 CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: October 8, 1990 SUBJECT: Award of Bid - City Facilities Janitorial Services (Report by Public Works Director Lee Thompson) EXHIBITS ATTACHED: 1) Bid Results 2) Janitorial Cost Breakdown 3) Resolution Rejecting Bid from Golden Gate Janitorial and Awarding Bid to Sir Thomas Industries 4) Agreement RECOMMENDATION: n/1) Adopt resolution rejecting bid from Golden Gate Janitorial Service and awarding bid to Sir Thomas Industries and authorize Mayor to execute the agreement. 2) Authorize budget transfer to the Building Management Operating Budget in the amount of $12,100 from the Contingent Reserve. FINANCIAL STATEMENT: Current budget for janitorial services is as follows: Monthly Annually Civic Center: $ 2,500 $ 30,000 Shannon Center: 1,200 14,400 Senior Center: 650 7,800 $ 4,350 $ 52,200 Bid submitted by Sir Thomas Industries: Civic Center $3,755.10 $ 45,061.20 Shannon Center 1,220.08 14,640.96 Senior Center 768.20 9,218.40 $5,743.38 $ 68,920.56 Staff also obtained a callout rate for extra work such as cleanup following special events) . Sir Thomas's quoted callout rate is $12.00 per hour with a $558.60 minimum. The janitorial services cost is paid from the Contract Services portion of the Operating Budget for each respective facility. Based on expenditures for the first three months of the 1990-91 Fiscal Year plus Sir Thomas' bid prices for the remaining nine months, the janitorial cost for the Civic Center is projected to exceed budget by approximately $12,100, allowing a contingency of $1,000 for any extra work. DESCRIPTION: On September 24, 1990, the City Council awarded a contract for City Facilities Janitorial Service to Shular' s and Son's, who submitted the lowest bid to provide the work. This contract provides janitorial services for the Civic Center, Shannon Community Center, and Senior Center. One of the janitorial services contract requirements is provision of a performance bond in the amount of one year's service. Shular' s and Son' s is unable to obtain the required bond. ------------ --------------------------------------------------------------- ITEM N0. COPIES TO: Sir Thomas Industries Golden Gate Janitorial Service The second lowest bidder, Golden Gate Janitorial, failed to complete a section of the proposal which requires listing any addenda received. One addendum was issued which addressed changes in the frequency schedule and could therefore have affected bid prices. The "Instructions to Bidders" portion of the bid documents provides that, if it is in the City's interest to do so, the City may elect to waive any bid informalities. Staff checked with Golden Gate's references and obtained the following information. The first reference, which was a U.S. Postal Service postmark facility, stated that Golden Gate was presently performing floor care only. The second reference, a large private office facility, stated that Golden Gate' s contract was only a month old and that it was not possible to evaluate performance at this time. The third reference, the City of San Leandro, stated that Golden Gate' s contract had recently come up for renewal and had not been renewed. Staff recommends that the bid informality not be waived and that Golden Gate's bid be rejected. The next lowest responsive bidder, My Favorite Janitorial Service, is also unable to meet the bonding requirements and would therefore not be able to meet the contract requirements. The fourth lowest bidder, Sir Thomas Industries, did submit a valid bid and is able to meet the bonding requirements. References given were for large office-type buildings, and comments received were favorable. On an annual basis, Sir Thomas's bid exceeds the janitorial budget to some extent for the Shannon Center and Senior Center and to a greater extent for the Civic Center. Staff feels that the additional cost is warranted in order to obtain satisfactory performance. Since the previous contractor' s price was less than the amount budgeted for the Shannon Center and Senior Center, the total janitorial cost for FY1990-91 will be very close to the amount budgeted (see Exhibit 2) . There are sufficient funds in the Operating Budgets for the Shannon Center and Senior Center to cover the cost. However, the janitorial cost for the Civic Center is projected to exceed the budget by $11,100, and a budget transfer would be necessary if the contract is awarded to Sir Thomas. Staff recommends increasing the amount of the budget transfer by $1,000 to allow for extra work items such as cleanup after special events. Staff recommends that the City Council (1) adopt the resolution rejecting Golden Gate's bid and awarding the contract to Sir Thomas Industries and authorize the Mayor to execute the agreement and (2) authorize a budget transfer in the amount of $12,100 to the Building Management Operating Budget from the Contingent Reserve. 2 - JANITORIAL SERVICES CONTRACT BID RESULTS CIVIC SHANNON SENIOR TOTAL HOURLY RATE BIDDER CENTER CENTER CENTER MONTHLY COST & MINIMUM SHULAR'S & SONS 2,250.00 1,000.00 800.00 4,050.00 8.50/none GOLDEN GATE 2,902.00 967.00 430.00 4,299.00 10.75/2 hrs. MY FAVORITE 2,500.00 1,800.00 800.00 5,100.00 20.00/3 hrs. SIR THOMAS 3,755.10 1,220.08 768.20 5,743.38 12.00/$558.60 REGAL BLDG. MTCE. 3,750.00 1,925.00 575.00 6,250.00 18.00/1 hr. iZARO BLDG. MTCE. 3,870.00 1,705.00 800.00 6,375.00 15.00/none KLEENTECH 3,910.37 1,838.03 755.99 6,504.39 12.00/4 hrs. JANITORIAL SERVICES 1990-91 COST BREAKDOWN MONTH/ CIVIC SHANNON SENIOR CONTRACTOR CENTER CENTER CENTER July Black & White $ 2,370.00 $ 600.00 $ 425.00 August Black & White 2,461.30 580.65 406.52 September Regal Bldg. Maint. 2,466.00 1,980.00 826.00 (interim service) Total to date: $ 7,297.30 $ 3,160.65 $ 1,657.52 Sir Thomas - 9 mo. 33,795.90 10,980.72 6,913.80 at contract price Projected total for FY1990-91 $ 41,093.20 $ 14,141.37 $ 8,571.32 Adopted budget 30,000.00 14,400.00 7,800.00 Difference: $ 11,093.20 ($ 341.37) $ 771.32 RESOLUTION NO. -90 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN REJECTING THE BID OF GOLDEN GATE JANITORIAL SERVICE AND AWARDING CONTRACT FOR CITY FACILITIES JANITORIAL SERVICES TO SIR THOMAS INDUSTRIES WHEREAS, the City of Dublin did, on September 13, 1990, publicly open, examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for the City Facilities Janitorial Services Contract, authorized by the City Council on August 13, 1990, which Specifications, and Modifications are hereby expressly referred to for a description of said work and for all particulars relative to the proceedings under the request for bids; and WHEREAS, the City Council reviewed the bids received and awarded the bid to the lowest bidder, Shular's and Son' s, on September 24, 1990; and WHEREAS, the Shular' s and Son' s has failed to obtain the security required by the terms of the bid documents and the contract; and WHEREAS, the second lowest bidder, Golden Gate Janitorial, did not submit a responsive bid; and WHEREAS, the third lowest bidder, My Favorite Janitorial Service, is unable to provide the security required by the terms of the bid documents and the contract; and WHEREAS, the Public Works Director has recommended that the bid award be made to the lowest responsive bidder hereinafter mentioned; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby reject the bid submitted by Golden Gate Janitorial as non-responsive and award City of Dublin City Facilities Janitorial Services Contract to the lowest responsive bidder therefor, to wit Sir Thomas Industries, at a bid of $5,743.38 per month, with an extra work rate of $12.00 per hour, the particulars of which bid are on file in the office of the Public Works Director. PASSED, APPROVED, AND ADOPTED this 8th day of October, 1990. AYES: NOES: ABSENT: Mayor ATTEST: City Clerk JANITORIAL SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of October 9, 1990, by and between the CITY OF DUBLIN, a Municipal Corporation ("CITY") , and Sir Thomas Industries ("CONTRACTOR") , who agree as follows: DEFINITIONS DAILY shall mean five (5) days per week for the Civic Center and Senior Center or seven (7) days per week for the Shannon Community Center. WEEKLY shall mean one day per week. Days selected shall be determined by contractor and approved by the Public Works Director or his/her designee. MONTHLY shall mean once per calendar month. Day(s) selected shall be determined by the contractor and approved by the Public Works Director or his/her designee. QUARTERLY shall mean four times per year. Dates shall be selected by the contractor and approved by the Public Works Director or his/her designee. SEMI-ANNUALLY shall mean twice per year. Dates shall be selected by the contractor and approved by the Public Works Director or his/her designee. Under no condition or exception shall these dates be later than the first and seventh months of the contract period. ANNUALLY shall mean once per year. Dates shall be selected by the contractor and approved by the Public Works Director or his/her designee. CONTRACTOR shall mean Sir Thomas Industries . CITY shall mean the City of Dublin. AS NEEDED or AS REQUIRED shall mean any item or area serviced to a safe and clean condition as determined by the Public Works Director or his/her designee. TERMS AND CONDITIONS SCOPE OF WORK 1. The services to be provided shall include full service janitorial at each of the facilities. The regular services to be provided are specified in Section 2 and shall be performed as described in the "Janitorial Service Specifications, " which are attached hereto as Exhibit "A" . LOCATION OF FACILITIES 2. The following facilities are to be included in this Agreement: Page 1 of Agreement a. Shannon Community Center 11600 Shannon Avenue (corner of Shannon Avenue and San Ranson Road) 7 day per week service. Normal hours of operation: Sunday through Thursday 7:00 a.m. to 10:00 p.m. ; Friday and Saturday, 7:00 a.m. to 12:00 midnight. Hours available for janitorial service: Sunday through Thursday, 10:00 p.m. to 6:00 a.m. ; Friday and Saturday, 12:00 midnight to 6:00 a.m. b. Dublin Senior Center 7437 Larkdale Avenue 5 day per week service. (Monday through Friday) Normal hours of operation: 8:00 a.m. to 5:00 p.m. Hours available for janitorial service: 6:00 p.m. to 6:00 a.m. C. Civic Center 100 Civic Plaza 5 day per week service. (Monday through Friday) Administrative Wing - Normal hours of operation: 8:00 a.m. to 5:00 p.m. Will have evening meetings which would cause certain rooms to be used as late as 1:00 a.m. Hours available for janitorial service: 6:00 p.m. to 11:00 p.m. Police Wing - Normal hours of operation: 24 hours daily. Business hours 8:00 a.m. to 5:00 p.m. only. Hours available for janitorial service: 6:00 p.m. to 11:00 p.m. , with schedule to be determined by the City for entry to the facility and for servicing certain secured areas. TERM OF AGREEMENT 3. The term of this Agreement shall begin on October 9 , 1990, and shall continue in full force and effect thereafter for a period of one year. The Agreement shall be reviewed each year and may be renewed for up to a total of three (3) years. Consideration may be given to an annual adjustment of the rates identified, provided that the services performed are satisfactory. Said adjustment will be subject to amendment of this agreement which requires approval by the City Council. The Contract may be terminated by either party with 60 days' advance written notice. Upon termination, Contractor shall be paid for all work performed to date, as provided in Section 9, said payment to be prorated as necessary. PROVISION OF PERSONNEL AND SUPPLIES 4. The Contractor shall furnish the necessary employees, supplies, and equipment to provide all necessary building janitorial services for the buildings listed in Item 2 above. The City will provide certain paper products supplies as listed in this Agreement, Section 25. Page 2 of Agreement COMPLIANCE WITH ANTI-DISCRIMINATION LAWS 5. In the performance of this contract, the Contractor agrees not to engage in discrimination in employment of persons because of the race, color, national origin, ancestry, sex, or religion of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code 1735 . INDEPENDENT CONTRACTOR 6. Contractor shall be considered an independent contractor and not an employee of the City of Dublin. City shall have the right to control Contractor only insofar as the result of Contractor' s services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. CONTRACTOR RESPONSIBLE FOR COMPENSATION TO EMPLOYEES OF CONTRACTOR 7. The Contractor shall be responsible for the cost of regular pay to employees , as well as cost of vacation, vacation replacements, sick leave, severance pay, and pay for legal holidays. The Contractor shall also pay all Federal and State payroll taxes for its employees. PREVAILING WAGE 8. The Contractor shall comply with Labor Code Sections 1770 et. seq. Prevailing wage increases shall not be considered as the basis of a contract amendment outside of the time noted in the agreement. COMPENSATION 9. Payment shall be made on a monthly basis. The Contractor shall submit an invoice showing the amount due for the previous month. The invoice shall itemize the costs for each facility. The monthly costs by facility for all regular services included as part of this agreement are as follows: Civic Center: $3,755.10 Shannon Community Center $1,220.08 Senior Center $ 768.20 The above monthly costs are the total amount to be paid by City for regular services . All such payments above shall be contingent on approval of satisfactory performance of the work stated in the specifications. Approval of satisfactory performance shall be judged solely by the City representative assigned to supervise this contract. Page 3 of Agreement Upon request by the City, Contractor agrees to perform services in addition to those regular services set forth in Exhibit A and Section 2 at the following rates: $12.00 per hour, with a minimum charge of $558.60 to be billed for each event. HEALTH AND SAFETY 10. All applicable safety orders, rules, and regulations of the Department of Industrial Relations , or other jurisdictional agency shall be followed and enforced by the Contractor. Contractor shall comply with all applicable federal, state and local laws, ordinances, or codes. Employees of the Contractor shall not wear earphones for radios or tape players while working. Smoking is not allowed in City facilities. 11. All personnel shall be in good health and free from contagious diseases. No employee drinking alcohol or under the influence of alcohol or drugs shall be allowed on the premises or in the building, nor shall any employee bring alcohol or drugs on the :premises. Contractor agrees to remove immediately any employee whose conduct or workmanship is unsatisfactory to the City. SECURITY 12. Contractor shall be responsible to ensure that all doors are locked at all times when work is performed outside of regular operating hours. Contractor shall be responsible for reporting any property damage or vandalism at a facility to the Dublin Police Services. Neither Contractor nor its employees shall admit any person into the building and grounds on which this contract is being performed who is not an active employee of the Contractor. All employees shall be required to wear identification patches or badges which are to be furnished by the Contractor. PERSONNEL 13. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, cause the removal of such person or persons. SUPERVISION OF CONTRACTOR'S EMPLOYEES 14. All work shall be performed under the supervision of a trained supervisor who will be responsible for the conduct and workmanship of the Contractor's employees. There must be at least one (1) employee on the premises during the hours that work is in progress who speaks and understands the English language (spoken and written) . SUBCONTRACTORS OR ASSIGNEES 15. No performance of this Agreement, or any portion thereof, may be assigned or subcontracted by the Contractor without the express written consent of the Public Works Director. Any attempt by the Contractor to assign or subcontract any part of the performance of this agreement without the express written consent of the Public Works Director shall be invalid and shall constitute a Page 4 of Agreement breach of this agreement. Whenever the Contractor is authorized to subcontract or assign the terms thereof shall incorporate by reference this Agreement and shall not conflict with this Agreement. The City assumes no responsibility toward any subcontractors the Contractor employs in the performance of this contract. CHANGE IN OWNERSHIP 16. Contractor agrees that if there is a change in ownership prior to completion of this contract, the new owners will be required under terms of sale to assume this contract and complete it to the satisfaction of the City. INSURANCE 17. The Contractor must furnish, prior to beginning work, satisfactory certificates of insurance issued by the carrier. The certificates must indicate that the following coverage will be in effect and must be maintained throughout the duration .of the contract: a. Workers' Compensation Insurance in accordance with the provisions of the Labor Code of the State of California. b. Public Liability and Property Damage in not less than a combined single limit of $500,000 for one or more persons injured and property damaged in any one accident. Property Damage Insurance shall include specific protection from any possible damage to buildings on adjoining property or to soil of adjoining property which may result from the execution of this contract. C. Contractual Liability: The Public Liability and Property Damage Insurance shall also name as an additional insured.the City of Dublin and shall assume the defense of the City, its officers, employees, and agents from all suits, actions, subjected or put by reason of, or resulting from, the Contractor' s operations in the performance of the contract. The Certificates of Insurance shall note that cancellation or reduction in coverage of the specified insurance cannot occur until ten (10) days after receipt by the City of notification of such cancellation or reduction by registered mail. If cancellation or reduction of insurance should occur, the City may obtain like insurance and deduct the premiums from the amounts due the Contractor under this contract or may terminate the agreement. BONDS 18. The following bonds shall be provided. All bonds are to be made payable to the City of Dublin and shall inure to the benefit of said City. a. Faithful Performance Bond: The Contractor shall deliver to the City a Faithful Performance Bond in a sum not less than one hundred percent (100%) of the amount bid for the first year. Subsequent years shall be bonded on a year-to-year basis. The Bond shall contain a provision that the surety thereon waives the provisions of Section 2819 of the Civil Code of the State of California. Page 5 of Agreement b. The Contractor shall possess a "Janitorial Service Bond" in an amount of not less than $15,000. The City of Dublin shall be a named subscriber to the Bond. LICENSES, PERMITS, ETC. 19. Contractor represents and warrants to City that he has all licenses, permits, qualifications, and approvals of whatsoever naure which are legally required for Contractor to practice his profession. Contractor represents and warrants to City that Contractor shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Contractor to practice his profession. TELEPHONE CONTACT 20. If an answering machine is used for routine contact on working days, the Contractor shall respond- to messages no later than 10:00 a.m. on the day following the date the message was left. 21. For emergency purposes, the Contractor shall provide at his sole expense a home telephone number, answering service number, telephone beeper, or other method of receiving calls on a 24-hour, 7-day-per-week basis. This contact arrangement shall be used to promptly address emergency situations . WORKING HOURS 22. Working hours will be set by the City and are subject to change. Work in the Police Facility must be performed when a Police Service employee is on duty, and access times must be arranged in advance. SCHEDULES 23. The Contractor shall provide the City with a weekly maintenance schedule, including working hours. This schedule and any adjustments must be approved by the City. For all quarterly, semi-annual, and annual services, the Contractor shall inform the City a minimum of 30 days prior to the proposed performance of the service. The City shall approve of the dates selected. ENERGY CONSERVATION 24. The Contractor shall be responsible for energy conservation in the premises being cleaned under this Contract. Upon entering the premises, lights in areas not being used by occupants and not required for immediate cleaning purposes shall be turned off. Lights shall be turned on only in areas where work is in progress and shall be turned off as soon as the area is cleaned. All lights on the premises, except night lights or other designated lights, shall be turned off when all cleaning is complete. Particular attention shall be given to turning off lights on Friday nights. If the Contractor fails to turn off lights as specified herein, the amounts payable hereunder shall be reduced by the estimated cost of energy used. Page 6 of Agreement REPORT OF DAMAGE 25. The Contractor shall report broker windows, plumbing leaks, and other building repair needs to the Public Works Director or his/her designee. The Contractor shall notify the City Police Department when vandalism or other destruction of City property is observed inside or outside the buildings. USE OF CITY PROPERTY 26. Employees of the Contractor shall not disturb papers on desks, open drawers or cabinets, use radios, television sets, coffee pots, stoves, refrigerators, typewriters, computers , copiers , or tamper with personal or City property. The telephones shall not be used for personal calls. FURNISHING OF SUPPLIES AND EQUIPMENT 27. The Contractor shall furnish, at the Contractor' s expense, all supplies and equipment necessary :to properly perform work. These supplies and equipment include, but are not limited to, waxes, floor finishes, cleaners, floor stripper, sealers , detergents, cleaning powder, disinfectants , metal and furniture polishes , glass cleaner, brooms, mops, mop presses, sweeping tools and cloths, buckets, brushes, sponges, squeegees, wet and dry vacuum cleaners, janitor carts, ladders, floor machines, and adequate floor machine scrub and polish brushes. All liquids and powdered materials must be in properly labeled containers. The City shall furnish the following paper products and supplies only: toilet tissue, paper towels, seat protectors, wastebasket and trash receptacle liners , hand soap for restroom dispensers , and sanitary napkins and tampons for restroom vending cabinets. The City shall also furnish light bulbs. The Contractor shall be responsible for notifying the Public Works Director or his/her designee when these supplies need to be re- ordered. The Contractor shall be knowledgeable about the Hazardous Substance Information and Training Act of 1983 (SB 1874) . Any materials kept on site shall be labeled and Material Safety Data Sheets posted for applicable supplies. STANDARD OF PERFORMANCE 28 . Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices his profession. All instruments of service of whatsoever nature which Contractor delivers to City, pursuant to this Agreement, shall be prepared in a substantial, first class, and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Contractor's profession. INSPECTION OF WORK/FAILURE TO PERFORM/LIQUIDATED DAMAGES 29. The Public Works Director of the City of Dublin or his designee and the Contractor shall inspect the work on a monthly basis. The Director or his designee shall judge the performance of the Contractor pursuant to this agreement. If, or when, the work is incomplete or unsatisfactory to the City, Page 7 of Agreement the City shall notify the Contractor within 10 days to ensure compliance. If the work has not been secured within 5 working days following notification, charges may be assessed as noted in Section 27 below. 30. When the Contractor does not provide the services specified in Exhibit A, damages will be sustained by the City, and it may be impractical and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by any reason of such failure. It is therefore agreed that the City may, in the event of such failure, withhold from each monthly payment to Contractor a sum of money to be determined solely by the City in accordance with its estimate of the reasonable costs of the services not performed and of the administrative costs incurred to verify, document, and register Contractor to comply with this contract. These administrative costs are herein agreed to be a minimum of $20.00 per incident. In lieu of charging liquidated damages as above, the City may elect to perform the necessary service, and the cost of this service will be deducted from the compensation for regular services and will include labor, materials, and overhead. RESOLUTION OF DISPUTES 31. Except as otherwise provided in this contract, any dispute concerning a question arising under this contract which is not disposed of by verbal agreement shall be decided by the City, which shall reduce the decision to writing and mail or otherwise furnish a copy to the Contractor. The decision of the City shall be final and conclusive unless, within ten (10) days from the date of receipt of such copy, the Contractor mails or furnishes to the City a written appeal. Pending final disposition of a dispute, the Contractor shall proceed diligently with the performance of the contract as written. EXCUSED NON-PERFORMANCE 32. Contractor shall be excused from performance during the time and to the extent that he is prevented from obtaining, delivering, or performing in the customary manner by act of God; fire; strike; partial or total interruption of, or loss or shortage of transportation facilities; lockout; commandeering of raw materials or products, plants , or facilities by the government. Satisfactory evidence shall be presented to the City and it shall be established that the non-performance is not due to the fault or negligence of the party not performing. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTOR 33. Contractor shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcontractor, to the City, to City Officers and employees, or to parties designated by the City, on account of the performance or character of the work, unforeseen difficulties, accidents, occurrences, or other causes predicated on active or passive negligence of the Contractor of any subcontractor. Contractor shall indemnify, defend, and hold harmless the City, its officers, officials, directors, employees, and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense) , suits, and damages of every kind, nature, and description directly or indirectly arising from the performance of the work. This paragraph shall Page 8 of Agreement not be construed to exempt the City, its employees and officers from its own fraud, willful injury, or violation of law, whether willful or negligent. FOr purposes of Section 2782 of the Civil Code, the parties hereto recognize and agree that this agreement is not a construction contract. By execution of this agreement, Contractor acknowledges that he has read and understands the provisions hereof and this this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the Contractor or subcontractors from liability under this paragraph. IN WITNESS WHEREOF the parties thereto have caused this Agreement to be hereby executed. CITY OF DUBLIN CONTRACTOR: Mayor ATTEST City Clerk Page 9 of Agreement EXHIBIT A CITY OF DUBLIN JANITORIAL SERVICE SPECIFICATION Work shall be done according to the following schedule: RESTROOMS DAILY: Clean restroom fixtures, toilet bowls, urinals and basins, mirrors, decorative and protective metals, including undersides and tops of toilet seats. Wash and disinfect toilet seats, including undersides, using an approved non- toxic germicidal disinfectant. Spot clean and dust walls, partitions, splashplates , windowsills, doors, and related structures . Sweep and damp mop floor using an approved non-toxic germicidal disinfectant and clean water. Remove all spills, sticky areas , gum, etc. Clean, refill, and restock soap, towels, toilet tissue, seat covers, and sanitary napkin/tampon dispensers. These dispensers shall be restocked with sufficient supplies to last until the next servicing. Empty and wipe down waste and sanitary containers, dispose of contents, replace liners. Pour water in all floor drains. Replace burned out light bulbs with correct wattage bulbs from supplies furnished by the City. Note: Light bulbs and fluorescent lamps in fixtures under ten feet in height are to be changed by the Contractor. Report is to be submitted daily of fixtures which are not operable after lamps have been changed and lights above ten (10) feet in height which are not operable. Remove all graffiti with approved graffiti removal products. Report areas where it cannot be removed to the Building Manager. Clean entrance door, remove handprints from push plates and sanitize. Wash and disinfect all showers with approved non-toxic germicidal disinfectant. WEEKLY: Sweep with a heavy brush all restroom, locker, and shower room floors and disinfect with an approved non-toxic germicidal disinfectant. Sanitize, disinfect, and deodorize toilet bowls, seats, basins, and urinals and plumbing and remove all lime deposits. Page 10 of Agreement Pumice toilets and urinals to remove all scale, using approved non-abrasive material. Wash woodwork, ceramic tile, and formica surfaces and remove splash marks from walls, urinals, and toilet partitions. Clean air duct receptacles. MONTHLY: Clean all interior light fixtures. Sanitize all restrooms as follows: Heavy duty cleaning, descaling, and disinfecting of water closets and urinals. Scrub all shower surfaces and remove all scum, mold, or other foreign matter from all shower surfaces. Disinfect and sanitize with approved germicidal disinfectant. Clean the grout with approved cleaner. OFFICES, COMMON AREAS, KITCHENS, AND OTHER MISCELLANEOUS ROOMS AND FACILITIES DAILY: Sweep all non-carpeted floors with chemically treated dust mop, including all interior stairways. Mop hardwood floors with treated dust mop; spot mop all spills using a wet mop and neutral (pH 7 or 8) cleaner. Damp mop and buff all terrazzo and tile-and-grout floors. Empty and clean sand urns (including those outside doors) , telephones, and elevator cabs. Clean and polish drinking fountains. Spot clean fingerprints and other marks from woodwork, walls, doors, and glass partitions , and the inside surfaces of exterior windows. Polish entrance metal where appropriate. Damp mop linoleum/vinyl floors to remove dust, dirt, and spills; spot clean doors, door frames, and counters. Reapply floor wax as necessary to maintain an acceptable surface condition. Page 11 of Agreement Vacuum all carpeted surfaces. Spot clean spills or other spots on all upholstered furniture, carpets , including elevator cabs, stairways, and landings, and mats beneath desks and "walk-off" mats. Empty and replace liners in in all wastebaskets and carry trash to specified containers at each site. Replace burned out light bulbs with correct wattage bulbs from supplies furnished--by the City. Note: Light bulbs and fluorescent lamps in fixtures under ten (10) feet in height are to be changed by contractor. Report is to be submitted daily of fixtures not operable after lamps have been changed and lights above ten (10) feet in height which are not operable. Leave all lights off (except designated night lights or those in areas being used by employees or the'`public) . Check to make certain all exterior doors are locked before leaving assigned work areas. Dust all horizontal surfaces of office furniture (as much as can be done without disturbing papers on desks) , partitions, floor moldings, ledges, windowsills, and counters . Clean all kitchen and coffee bar sinks and counters, as well as stove, microwave oven, dishwasher, refrigerator, and warming tray exterior surfaces. WEEKLY: Perform high dusting (i.e. , door sashes, tops of partitions, high cabinets, ledges, vents) , and remove cobwebs. Clean and polish metal chairs, office equipment, and wooden furniture. Machine buff all terrazzo floors, staircases, and landings to a high sheen using non-skid material. Clean picture glass, stair railings, and spot clean stairwells . Wipe down plastic and leather furniture and venetian blinds. Thoroughly vacuum and spot clean upholstered furniture, draperies, and cornices . Clean all glass doors (both surfaces) in buildings, including glass partitions to a height of ten (10) feet. Clean and disinfect handsets of phones. Clean and wipe down all wastebaskets (interior and exterior) and interior trash cans and replace plastic liners. Page 12 of Agreement Clean and disinfect surfaces of exercise equipment which come in contact with the user of the equipment (i.e. , handgrips, pedals, seats and backrests, etc. ) . Polish kitchen appliances and stainless steel to restore original finish. Wet mop hardwood floors using a neutral (pH 7 or 8) cleaner. BI-WEEKLY (every two weeks) : Scrub vinyl or linoleum floors to remove scuff marks or other marks that have not been removed by normal mopping. Wax and machine buff. MONTHLY: Clean all light fixtures;. Thoroughly clean venetian and vertical blinds and all fabric walls and partitions . Clean interior of stoves, refrigerators, and microwaves. QUARTERLY: Wash exterior surfaces of exterior windows; wash interior surfaces of exterior windows to a height of ten (10) feet. Clean and polish all interior metal fixtures and surfaces, including door push and kick plates and pulls. Vacuum all fabric window coverings (drapes, shades, etc. ) . SEMI-ANNUALLY During the first and seventh months of the contract, strip and seal terrazzo, tile and grout floors, and vinyl floors, staircases, and landings. After thoroughly stripping and preparing floor, apply base coat per manufacturer' s specifications. If some areas require floor treatment in shorter maintenance cycles to maintain safety underfoot, Contractor will perform such additional maintenance as may be required. Note: Contractor must make advance arrangements with City representative. ANNUALLY Shampoo and pile lift all carpets and entry rugs or deep clean by pressure extraction process and pile lift. (Advance notice required. ) Page 13 of Agreement Clean interior surfaces of exterior windows which are above a height of ten (10) feet and any partition glass which is above a height of ten (10) feet. COUNCIL CHAMBERS Regarding the Civic Center Council Chambers, the service identified as "Daily" shall be performed twice weekly on days specified by the City, except that the Council Chambers shall be checked every day for litter, and wastebaskets shall be emptied. All other services shall be performed according to the schedule for "Offices, et. al. " Page 14 of Agreement